Design-Bid-Build – Repair 400 Aircraft Parking Ramp - Phases 5 & 8, Travis AFB, CA Project numbers XDAT06100105 (Phase 5) and XDAT06100108 (Phase 8)
ID: FA890325B0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualifications from small businesses for a Design-Bid-Build project focused on repairing the Aircraft Parking Ramp at Travis Air Force Base, California, specifically for Phases 5 and 8. The project entails the demolition and replacement of approximately 60,000 square yards of concrete pavement and associated drainage utilities, with an estimated completion period of 540 days. This initiative is crucial for maintaining operational readiness at the airbase and is a total small business set-aside, emphasizing the need for contractors with experience in full-depth airfield pavement repair and replacement. Interested firms must respond by February 19, 2025, providing evidence of their capabilities and past performances, and can contact Hilary A. Swanson at hilary.swanson@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Installation Contracting Center is seeking qualifications from small businesses for a Design-Bid-Build project aimed at repairing the Aircraft Parking Ramp at Travis AFB, CA, specifically Phases 5 and 8. With project numbers XDAT06100105 and XDAT06100108, the initiative is a total small business set-aside, focusing on firms with experience in full-depth airfield pavement repair and replacement in Department of Defense installations. The project involves demolishing and replacing approximately 60,000 square yards of concrete pavement and associated drainage utilities, with an estimated completion period of 540 days. Bidders must provide substantial evidence of their capabilities and past performances related to similar projects. The contract aims for a fixed-price approach and may involve a Project Labor Agreement. Interested firms must respond by February 19, 2025, including details about their organizational structure, previous relevant projects, and any conditions regarding a PLA. The document emphasizes the necessity for contractors to register in SAM and meet specific bonding and performance standards.
    The document outlines requirements for firms responding to a federal solicitation, primarily focused on small business classifications and certifications. It prompts firms to provide essential identifying information, such as their name, CAGE Code, UEI, and contact details. Interested firms must indicate if they qualify as a small business or have any specific SBA socioeconomic certifications relevant to NAICS 541330, which has a size standard of $22.5 million. Furthermore, firms can specify their ownership status, whether it be Foreign Owned or other designations. This template serves as a tool for the federal government to gather pertinent information on potential contractors, particularly emphasizing inclusivity of various small business categories and their respective certifications. By collecting this data, the government aims to ensure compliance with regulations that promote fair competition and support small businesses in government contracting opportunities.
    Similar Opportunities
    PKA - Repair Flightline Gates
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 60th Contracting Squadron, is seeking contractors to repair three flightline gates at Travis Air Force Base in California. The project requires contractors to provide design services at 35%, 65%, and 100% completion levels, along with the necessary construction efforts to restore the gates, which are currently in disrepair. This initiative is crucial for maintaining operational readiness and safety at the airbase. A solicitation is expected to be released within 15 days of this notice, and interested parties must register on SAM.gov to access the solicitation. For further inquiries, potential offerors can contact Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil.
    Vehicle Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is announcing an upcoming contract for Vehicle Barrier Maintenance and Repair at Travis Air Force Base in California. This procurement is aimed at ensuring the maintenance and operational readiness of security systems, which are critical for safeguarding military installations. The opportunity is set aside for small businesses under the SBA guidelines, and interested parties are advised to await the forthcoming solicitation, as no quotes or proposals are being accepted at this time. For further inquiries, potential bidders can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil.
    Repair Airfield Parking Ramp PH III
    Buyer not available
    The Department of Defense, through the 628th Contracting Squadron at Joint Base Charleston, South Carolina, is seeking qualified contractors for the Repair Airfield Parking Ramp Phase III project. This procurement involves milling and overlaying asphalt at nine aircraft parking spaces, along with the application of new pavement markings, joint resealing, and various concrete repairs, with an anticipated performance duration of 140 calendar days. The project is critical for maintaining operational readiness and safety at the airfield, with a projected contract value ranging from $1,000,000 to $5,000,000 under NAICS Code 237310 for highway, street, and bridge construction. Interested parties must submit their capabilities packages by February 7, 2025, and can direct inquiries to Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    PKB - Aircraft Corrosion Control Services - Travis AFB, CA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Aircraft Corrosion Control Services at Travis Air Force Base (TAFB) in California. The contract aims to provide comprehensive cleaning and maintenance services for military aircraft, including C-5, C-17, and KC-46 models, with an overall budget of $40 million and options for additional periods. This procurement is critical for maintaining the operational readiness and safety of military aircraft, ensuring compliance with federal standards and environmental regulations. Interested small businesses must submit their proposals electronically by February 26, 2025, and can direct inquiries to William Rife at william.rife.1@us.af.mil.
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. The project entails comprehensive repairs to a section of Runway 14/32, including rotor milling, repaving with FAA-approved materials, crack sealing, and restriping, with an estimated contract value between $500,000 and $1 million. This initiative is crucial for maintaining airfield infrastructure and ensuring operational efficiency at military installations. Interested contractors must submit proposals by February 11, 2025, and are encouraged to contact TSgt Joshua Brooks or Ms. Omelia Saunders for further information regarding the solicitation and site visit requirements.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
    Sustain Aircraft Apron and Military Hwy
    Buyer not available
    The Department of Defense, specifically the 934th Airlift Wing of the United States Air Force, is seeking proposals for a Firm-Fixed Price contract to sustain the Aircraft Apron and Military Highway at the Minneapolis-St. Paul Air Reserve Base. The project involves comprehensive concrete repairs, including addressing joints, cracks, and spalls, and requires the contractor to provide all necessary services, permits, materials, and equipment to meet the specifications outlined in the Statement of Work and associated documents. This initiative is crucial for maintaining military infrastructure and ensuring operational readiness, with a contract value anticipated between $100,000 and $250,000. Interested contractors must monitor SAM.gov for the solicitation release on or after February 13, 2025, and can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil for further information.
    Beale AFB - Aircrew Readiness Facility Addition and Renovation
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for the renovation and addition of an Aircrew Readiness Facility at Beale Air Force Base in California. The project involves constructing a 4,596 square foot addition to the existing facility, which will include restrooms, crew quarters, and service rooms, as well as renovating approximately 1,961 square feet of the current structure to enhance operational capabilities for aircrews. This construction is critical for maintaining the readiness and efficiency of military operations, with a contract value anticipated between $5 million and $10 million. Interested small businesses must ensure active registration in the System for Award Management (SAM) and are encouraged to contact Contract Specialist Adam Brooks at adam.m.brooks@usace.army.mil for further details, with the solicitation expected to be released around February 6, 2025.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This project, categorized under NAICS code 236220, involves a Design-Bid-Build approach and includes the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements such as mooring points and site re-striping. The initiative is crucial for enhancing military readiness and operational capabilities, ensuring compliance with federal safety and environmental regulations throughout the construction process. Proposals are due by March 18, 2025, and interested contractors should direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Renee Booth at meranda.r.booth@usace.army.mil, with an estimated project cost ranging from $100 million to $250 million.
    USACE DBB CONSTRUCTION - DDJC TRACY WAREHOUSE 16-B COLUMN REPAIRS, TRACY, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Sacramento District, is soliciting bids for the repair of fourteen concrete columns at the Defense Distribution Depot in Tracy, California. The project involves three corbel style repairs and eleven column style repairs, requiring the contractor to provide all necessary labor, materials, and equipment, including modifications to existing electrical wiring and conduits. This initiative is crucial for maintaining the structural integrity and safety of Warehouse 16-B, which is vital for operational continuity at the facility. Interested 8(a) certified small businesses must submit their sealed bids by February 6, 2025, with the estimated construction value ranging between $1 million and $5 million. For further inquiries, bidders can contact Gilbert Coyle at gilbert.coyle@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL.